NASA Awards $8.1M Electrical Power Upgrade Task Order to R.J. Runge Company
Contract Overview
Contract Amount: $8,113,995 ($8.1M)
Contractor: R.J. Runge Company, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-09-14
End Date: 2026-05-31
Contract Duration: 1,355 days
Daily Burn Rate: $6.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: GMACC-2 TASK ORDER FOR PROJECT 29916 NEAT WP# 2 ELECTRICAL POWER UPGRADES
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $8.1 million to R.J. RUNGE COMPANY, INC. for work described as: GMACC-2 TASK ORDER FOR PROJECT 29916 NEAT WP# 2 ELECTRICAL POWER UPGRADES Key points: 1. The contract is for electrical power upgrades for Project 29916 NEAT WP# 2. 2. R.J. Runge Company, Inc. is the awardee. 3. The contract was awarded under full and open competition after exclusion of sources. 4. The project is expected to be completed by May 31, 2026. 5. The total value of the task order is $8,113,994.69.
Value Assessment
Rating: good
The contract value of $8.1M for electrical power upgrades appears reasonable given the scope and duration. Benchmarking against similar construction projects of this scale would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition after exclusion of sources, indicating a competitive bidding process. This method generally promotes price discovery and ensures fair market value.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary infrastructure upgrades.
Public Impact
Enhances critical electrical infrastructure at a NASA facility. Supports ongoing research and operational capabilities through reliable power. Contributes to the modernization of federal facilities. Ensures safety and efficiency of NASA's operations.
Waste & Efficiency Indicators
Waste Risk Score: 100 / 10
Warning Flags
- Potential for cost overruns if unforeseen issues arise during construction.
- Dependence on a single contractor for the duration of the task order.
Positive Signals
- Clear project scope and defined deliverables.
- Competitive award process likely secured a fair price.
- Long-term benefit of upgraded infrastructure.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector. Spending in this sector is crucial for maintaining and upgrading federal facilities, with benchmarks varying significantly based on project complexity and location.
Small Business Impact
The data indicates that small business participation was not a specific requirement or outcome for this particular task order, as the 'sb' field is false. Future contracts could explore opportunities for small business involvement.
Oversight & Accountability
The award is managed by the National Aeronautics and Space Administration (NASA), which has established oversight mechanisms for contract performance and financial accountability. Regular reporting and milestone reviews are expected.
Related Government Programs
- Commercial and Institutional Building Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for scope creep during project execution.
- Reliance on contractor's technical expertise for critical infrastructure.
- Long project duration increases exposure to market fluctuations.
- Lack of explicit small business participation noted.
Tags
commercial-and-institutional-building-co, national-aeronautics-and-space-administr, oh, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $8.1 million to R.J. RUNGE COMPANY, INC.. GMACC-2 TASK ORDER FOR PROJECT 29916 NEAT WP# 2 ELECTRICAL POWER UPGRADES
Who is the contractor on this award?
The obligated recipient is R.J. RUNGE COMPANY, INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $8.1 million.
What is the period of performance?
Start: 2022-09-14. End: 2026-05-31.
What is the specific nature of the 'NEAT WP# 2' and how critical are these electrical power upgrades to its function?
The specific nature of 'NEAT WP# 2' is not detailed in the provided data. However, electrical power upgrades are fundamental to the operation of any complex facility, especially within a research-intensive environment like NASA. Reliable and sufficient power is critical for supporting sensitive equipment, ongoing experiments, and maintaining operational continuity, thus ensuring the facility can perform its intended mission effectively.
Are there any identified risks associated with the exclusion of sources in the 'full and open competition' method, and how were these mitigated?
The 'full and open competition after exclusion of sources' suggests that while the competition was intended to be broad, certain sources were initially excluded based on specific criteria. Risks could include limiting the pool of potential bidders and potentially overlooking highly qualified contractors. Mitigation likely involved a clear justification for the exclusion criteria, ensuring they were necessary and not unduly restrictive, and that the remaining competitive pool was sufficient to achieve fair pricing and technical merit.
How does the $8.1M cost compare to similar electrical power upgrade projects at other federal agencies or large institutions?
Without specific project details like square footage, complexity of the electrical systems, and geographic location, a precise cost comparison is difficult. However, $8.1M for a significant electrical power upgrade at a federal facility is within a plausible range, especially considering specialized requirements of agencies like NASA. Benchmarking against similar-sized projects in the construction sector, particularly those involving critical infrastructure, would be necessary for a definitive assessment of value for money.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3539 NE CATAWBA RD, PORT CLINTON, OH, 43452
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $8,113,995
Exercised Options: $8,113,995
Current Obligation: $8,113,995
Actual Outlays: $7,993,004
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $7,248,210
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80GRC020D0013
IDV Type: IDC
Timeline
Start Date: 2022-09-14
Current End Date: 2026-05-31
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2026-03-27
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →